SOLICITATION NOTICE
H -- NASA KSC SOLE SOURCE ENVIRONMENTAL CONTINUOUS AIR MONITOR SYSTEMS MAINTENANCETO CANBERRA INDUSTRIES INC
- Notice Date
- 3/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK11378303Q
- Response Due
- 3/18/2011
- Archive Date
- 3/15/2012
- Point of Contact
- Alissa N. Mandernack, Contract Specialist, Phone 321-867-3380, Fax 321-867-4848, Email alissa.mandernack@nasa.gov
- E-Mail Address
-
Alissa N. Mandernack
(alissa.mandernack@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This combined synopsis/solicitation is a sole source acquisition notice forcommercial items prepared in accordance with FAR Subpart 12.6, as supplemented withadditional information included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.The Kennedy Space Center (KSC) has a requirement for Environmental Continuous AirMonitors (E-CAM) Systems Service Maintenance Support. The technical support is fortwenty-nine E-CAM's in support of the Mars Science Laboratory Mission. This notice isbeing issued as a Sole Source Request for Quotation to Canberra Industries, Inc.,Meriden, Ct. for the following:Technical Support SpecificationsQuantity: 29Period of Performance: One year upon award date.1.3rd Business Day (72 Hour) On-Site response Timea.Monday through Friday 0830 am through 0500 pm Local Timeb.Excluding Company Holidays2.Two (2) Scheduled On-Site customized assistance/PM visits3.Unlimited Emergency Visits4.Unlimited Replacement Parts5.Unlimited Technical Supporta.Monday through Friday 0830 am through 0500 pm Local Timeb.Excluding Company Holidays6.Immediate Notice of Critical Software Problems7.Free Upgrade to Most Current Software Versions8.Free Shipping and Media CostMonitoring units must be able to communicate with the master control site at theRadiological Control Center. The proprietary Canberra Industries, Inc. E-CAM RadHawksoftware enables communication with the monitoring unit and a graphical user interfacefor querying each of the systems individually and displaying overall status of thenetwork. This software has also been further customized by Canberra Industries, Inc. toenable communications and data transfer with the US Department of Energy radiologicalmonitoring database system which would be the primary source of radiological informationfor health and safety decision-making in the event of a launch area accident. Purchaseof maintenance support services from competing system vendors would not be practical andwould directly impact ability to meet launch readiness dates. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their quotation and detailed capabilities andqualifications to perform this effort in writing to the identified point of contact nolater than 11:00am EST time on March 18, 2011. Such detailed capabilities andqualifications must demonstrate in writing the ability to meet this requirement and willbe evaluated solely for the purpose of determining whether or not to conduct thisprocurement on a competitive basis. A determination by the Government not to compete thisproposed effort on a full and open competition basis, based upon responses to thisnotice, is solely within the discretion of the government. Questions must be received in writing (email) by 11:00am EST on March 16, 2011 to theidentified point of contact.Oral communications are not acceptable in response to this notice. All responsiblesources may submit an offer which shall be considered by the agency. An Ombudsman hasbeen appointed. See NASA Specific Note 'B'. The provisions and clauses in the RFQ are those in effect through FAC 2005-48.All responsible sources may submit an offer which shall be considered by the agency.The DPAS rating for this procurement is DO-C9Offers for the items(s) described above are due by 11:00am EST on March 18, 2011 toNASA-KSC, Attn: alissa.matthews@nasa.gov, OP-LS, KSC, FL 32899 oralissa.matthews@nasa.gov. Response via email is preferred.Offers must include solicitation number, FOB destination to KSC, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructionsto Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin (See FAR 52.225-1).FAR 52.212-4 (June 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Jan 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78)The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive Orders applicable to acquisitions of commercialitems: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010)(E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s.,proclamations, and statues administered by the Office of Foreign Assets Control of theDepartment of the Treasury). XX 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/far/The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmIf an offer is submitted in response to this synopsis, it must include completed copiesof the provision at 52.212-3, Offeror Representations and Certifications - CommercialItems, with their offer. These may be obtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11378303Q/listing.html)
- Record
- SN02401603-W 20110317/110315235320-87e145bac63657e1f7db4d84a1decd79 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |